C7H-Waive Bidding Relocate 155 LF Of 8 Inch DIP Water Main On SR-A1ACOMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Waiving, By A
5/7ths Vote, The Formal Competitive Bidding Requirements, Finding Such Waiver To Be In The City's
Best Interest, And Authorizing The Procurement Of Services By Central Florida Equipment Rentals,
Inc. To Relocate 155 Linear Feet Of 8 Inch DIP Water Main On SR-A1A (Indian Creek Drive) From
42nd To 44 1h Street, In Conjunction With The FOOT Project.
Key Intended Outcome Supported:
Ensure value and timely delivery of Quality Capltal Projects/Maintain City Infrastructure
Supporting Data (Surveys, Environmental Scan, etc.): 81% of Residents rated recently completed
capital projects as excellent or Qood.
Item Summary/Recommendation:
The Florida Department of Transportation (FOOT) will begin construction of the SR-A1A (Indian Creek
Dr.) from 42"d Street to 441
h Street Right-of-Way Improvements Project Construction on April 21, 2014.
Generally, the FOOT project will be drainage improvements with the construction of a stormwater
pump station located on 43rd Street.
Because of these right-of-way improvements, the City must relocate its water main to avoid conflict
with the FOOT proposed pump station design. The City has coordinated this effort with the FDOT
design engineers to ensure the resolution of all conflicts based on available data.
FOOT has selected Central Florida Equipment Rentals, Inc. as the contractor. To avoid coordination
problems and construction delays, the City believes that it would be in its best interest to use the same
contractor selected by the FOOT procurement process.
The City has provided Central Florida Equipment Rentals, Inc. the construction plans for the required
water main relocation. A price proposal has not yet been received. The estimated cost should not
exceed $50,000 for the proposed work. Staff believes it appropriate to add a 10% contingency in the
amount of $5,000 to cover any unforeseen conditions. Therefore, the total cost estimated is $55,000
expected to be from Fund 384, 2003 G. 0. Bonds.
The City is not incurring mobilization, coordination, and maintenance of traffic costs that it would if it
retained a different contractor. As a result, staff believes that such cost is competitive. Further, it has
less risk of change orders associated with potential conflicts from a City contractor and FDOT
contractor working within the same project limits.
THE ADMINISTRATION RECOMMENDS ADOPTING THE RESOLUTION.
Advisory Board Recommendation:
IN/A
Financial Information:
S~,e of Funds: Amount Account
lf1T)) I $55,000 384-2340-069357 Ocean Front Neighborhood Project
Total $55,000
Financial Impact Summary:
City Clerk's Office Legislative Tracking:
Si n-Offs:
Department Director Assistant Cit
' ETC M
T:\AGENDA\2014\February\43rd St Water Main RelocationWaver of
/V\IAtv\I BEACH AGENDA ITEM -=C----=-7_f/~-
DATE .;J.-f,)-f'/ 347
~ MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florido 33139, www.miamibeochfl.gov
COMMIS ION MEMORANDUM
FROM: Jimmy L. Morales, City Manager
DATE: February 12, 2014
SUBJECT: A RESOLUTION OF THE MAY RAND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, WAIVING, BY A 5/7THS VOTE, THE FORMAL
COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE IN
THE CITY'S BEST INTEREST, AND AUTHORIZING THE PROCUREMENT OF
SERVICES FROM CENTRAL FLORIDA EQUIPMENT RENTALS, INC. TO
RELOCATE 155 LF OF 8 INCH DIP WATER MAIN ON SR-A1A (INDIAN CREEK
DRIVE) FROM 42No TO 44TH STREET, IN CONJUNCTION WITH THE FOOT
PROJECT.
ADMINISTRATION RECOMMEN DA Tl ON
Adopt the resolution.
FUNDING
$55,000 384-2340-069357 (2003 G. 0. Bonds)/ Ocean Front Neighborhood Project.
BACKGROUND
The Florida Department of Transportation (FOOT) will begin construction of the SR-A 1A (Indian
Creek Dr.) from 42nd Street to 44th Street Right-of-Way Improvements Project Construction on
April 21, 2014. Generally, the FOOT project will be drainage improvements with the
construction of a stormwater pump station located on 43rd Street.
Because of these right-of-way improvements, the City must relocate its water main to avoid
conflict with the FOOT proposed pump station design. The City has coordinated this effort with
the FOOT design engineers to ensure the resolution of all conflicts based on available data.
FOOT has selected Central Florida Equipment Rentals, Inc. as the contractor. To avoid
coordination problems and construction delays, the City believes that it would be in its best
interest to use the same contractor selected by the FOOT procurement process.
The City has provided Central Florida Equipment Rentals the construction plans for the required
water main relocation. A price proposal has not yet been received. The estimated cost should
not exceed $50,000 for the proposed work. Staff believes it appropriate to add a 10%
contingency in the amount of $5,000 to cover any unforeseen conditions. Therefore, the total
348
43'd St Utility Adjustments and Relocations and waver of Bids Memo
City Commission Meeting
February 12, 2014
Page 2of3
cost estimated is $55,000 from Fund 384, 2003 G. 0. Bonds.
The City is not incurring mobilization, coordination, and maintenance of traffic costs that it would
if it retained a different contractor. As a result, staff believes that such cost is competitive.
Further, it has less risk of change orders associated with potential conflicts from a City
contractor and FOOT contractor working within the same project limits.
CONCLUSION
The Administration recommends the Mayor and City Commission adopt this resolution waiving
by 5/7th vote, the formal competitive bidding requirements, finding such waiver to be in the City's
~t interest.
(U6}tl~JJF/BAM
T:IAGENDA\2014\Februaryl43rd St Water Main Relocation Waver of Bids Memo final.docx
349
RESOLUTION NO. ------
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, WAIVING, BY A 5/7THS VOTE, THE FORMAL
COMPETITIVE BIDDING REQUIREMENTS, FINDING SUCH WAIVER TO BE
IN THE CITY'S BEST INTEREST, AND AUTHORIZING THE PROCUREMENT
OF CONSTRUCTION SERVICES, IN THE NOT TO EXCEED AMOUNT OF
$50,000, PLUS A $5,000 CONTINGENCY, FOR A TOTAL OF $55,000, FROM
CENTRAL FLORIDA EQUIPMENT RENTALS, INC., TO RELOCATE 155
LINEAR FEET OF 8 INCH DIP WATER MAIN ON SR-A1A (INDIAN CREEK
DRIVE), FROM 42No TO 44TH STREET, IN CONJUNCTION WITH THE FOOT'S
INDIAN CREEK DRIVE AND COLLINS AVENUE STORMWATER DRAINAGE
IMPROVEMENT PROJECT.
WHEREAS, the Florida Department of Transportation (FOOT) will begin construction of
the Indian Creek Drive pump station on April 21 2014, located on the 43rd Street right-of-way
(ROW), in conjunction with the FOOT Indian Creek Drive and Collins Avenue Stormwater
Drainage Improvement Project (the Project); and
WHEREAS, the City must relocate an eight inch (8") water main due to the Project; and
WHEREAS, the City has coordinated this effort with FOOT design engineers to ensure
the resolution of all conflicts based on available data; and
WHEREAS, FOOT has awarded the bid for the stormwater pump station to Central
Florida Equipment Rentals, Inc. as the Project contractor; and
WHEREAS, to avoid coordination problems and construction delays, the City would
benefit from using the Project contractor (selected pursuant to the FOOT procurement process);
and
WHEREAS, the estimated cost of the City work is $50,000, plus a 10% ($5,000)
contingency, to cover any unforeseen conditions totaling $55, 000.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, the Mayor and City Commission
hereby waive, by a 5/7ths vote, the formal competitive bidding requirements, finding such waiver
to be in the City's best interest, and authorize the procurement of construction services, in the
not to exceed amount of $50,000, plus a $5,000 contingency, for a total of $55,000, from
Central Florida Equipment Rentals, Inc., to relocate 155 linear feet of 8 inch dip water main on
SR~A1A (Indian Creek Drive), from 42"d to 44th Street, in conjunction with the FDOT's Indian
Creek Drive and Collins Avenue Stormwater Drainage Improvement Project.
PASSED AND ADOPTED this 121h day of February, 2014.
ATIEST:
Mayor
Rafael Granado, City Clerk
T:\O\GENDA\2014\February\43rd St Water Main Relocation Waver of Bids Resoultion.docx
(
350
/
I
I
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION